Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-03-07 00:00:00
Canada CanadaBuys

Learning Disability Assessments (21801-21-0173)

Process Number PW-22-00988691

Dates:


Publication date:

2022-03-07 00:00:00

Amendment date:

None

Date closing:

2022/03/21 14:00 Pacific Daylight Time (PDT)

Details:


Region of delivery:

British Columbia

End user entity:

Correctional Service of Canada

Procurement entity:

Correctional Service of Canada

Region of opportunity:

British Columbia

Tendering procedure:

Conditional Canadian content

Reference number:

PW-22-00988691

Solicitation number:

21801-21-0173

Description:


Description:

An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. COVID-19 vaccination requirement This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award. 1. Definition of the requirement: The Correctional Service Canada (“CSC”) has a requirement to provide professional assessments of learning difficulties for those offenders identified as having significant potential for learning difficulties. The work will involve the following: Objectives: To provide professional assessments of learning difficulties to various Federal Correctional facilities located in the lower mainland and Vancouver Island. 1.2 Tasks: The Contractor must provide professional assessments of learning difficulties for those offenders identified as having significant potential for learning difficulties. CSC referral process: Staff at any CSC institution and any community site will make referrals for learning disability assessment to the Project Authority. The referral will include a rationale for the assessment, release form signed by the offender, and a review of the Education and Training file to determine which tests have been completed. The referring staff will forward copies of these tests with the referral. The Project Authority will review the referral and if appropriate, approve it. The Project Authority will contact the Contractor, forward the referral information and schedule an appointment with the Contractor for the assessment. The Contractor must not accept any referral from CSC employees other then the Project Authority. Assessments: The psychologist must be familiar with and fully qualified to provide the following assessments: Administer and interpret all components of the WAIS-R or WAIS-IV which will test for learning strengths and weaknesses Administer and interpret other diagnostic tests including but not limited to: Brown ADD Scales Memory Assessment Scale (MAS) or WRAML or WMS Category Test (neurological assessment test battery) Wide Range Achievement Test IV (WRAT-IV) Test of Malingering (TOM) Adapted Functioning Skills – Vineland 3 – for Community only Connors Continuous Performance Test (CPT-3) Trauma Symptom Inventory – 2nd Edition Weschler Individualized Achievement Test Delis-Kaplan Executive Function System (DKEFS) Informal visual and auditory memory tests 1.3 Expected results: To administer and interpret psycho-educational assessments to the offender population in the Pacific Region who have been identified as having significant learning difficulties while enrolled in school, programs or employment. To provide CSC personnel with summaries of psycho-educational assessments with possible remedial strategies that will assist the offender achieve success in learning. 1.4 Deliverables: The Contractor must develop assessment summaries based on the tests, their interpretation, and any other acquired data. The Contractor just write the summaries clearly in layperson’s terms. The Contractor must send the summaries to the referring institution within two weeks of he assessment. In addition, the Contractor must participate in a follow-up meeting with the offender, the staff member who made the referral, the Institutional Parole Officer (IPO), and other members of the offender’s Case Management Team to discuss the assessment results and possible remedial strategies. The Contractor must post a copy of the assessment in the following files: Learning Disability Assessment - OMS Memo to File - OMS The Contractor must provide a hard copy of the assessment to the offender and place a hard copy in the assessment in both the Education and Training file and the Case Management File. The Contractor must assess offenders using the following assessment tools: 1. WAIS-R or WAIS-IV 2. Brown ADD Scales 3. Memory Assessment Scale (MAS) or WRAML or WMS 4. Category Test (neurological assessment test battery) 5. Trail Making Test 6. Wide Range Achievement Test IV (WRAT-IV) 7. Informal visual and audity memory tests 8. Write a comprehensive report of findings which include assessment data, conclusions, and recommendations 9. Share the report with the offender in person and provide copies of the report to Project Authority, Pacific Region 10. Provide an analysis of any learning assessments as deemed necessary by the Project Authority 1.4.2 Paper consumption: a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority. b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest. c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements). 1.5 Constraints: 1.5.1 Location of work: a. The Contractor must perform the work at multiple CSC locations as requested: Fraser Valley Institution 33344 King Road Abbotsford, BC V2S 6J5 Kent Institution 4732 Cemetery Road Agassiz, BC V0M 1A0 Kwikwexwelhp Healing Village 16255 Morris Valley Road Harrison Mills, BC V0M 1L0 Matsqui Institution 33344 King Road Abbotsford, BC V2S 4P3 Mission Institution (Medium) 8751 Stave Lake Street Mission, BC V2V 4L8 Mission Institution (Minimum) 33737 Dewdney Trunk Road Mission, BC V2V 4L8 Mountain Institution 4732 Cemetery Road Agassiz, BC V0M 1A0 Pacific Institution 33344 King Road Abbotsford, BC V2S 4P4 William Head Institution 6000 William Head Road Victoria, BC V9C 0B5 Contractors business location if needed. b. Travel Travel to the following locations will be required for performance of the work under this contract: Fraser Valley Institution 33344 King Road Abbotsford, BC V2S 6J5 Kent Institution 4732 Cemetery Road Agassiz, BC V0M 1A0 Kwikwexwelhp Healing Village 16255 Morris Valley Road Harrison Mills, BC V0M 1L0 Matsqui Institution 33344 King Road Abbotsford, BC V2S 4P3 Mission Institution (Medium) 8751 Stave Lake Street Mission, BC V2V 4L8 Mission Institution (Minimum) 33737 Dewdney Trunk Road Mission, BC V2V 4L8 Mountain Institution 4732 Cemetery Road Agassiz, BC V0M 1A0 Pacific Institution 33344 King Road Abbotsford, BC V2S 4P4 William Head Institution 6000 William Head Road Victoria, BC V9C 0B5 1.5.2 Language of Work: The contractor must perform all work in English. 1.5.3 Security Requirements: This contract includes the following security requirements: SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE No. 21801-21-0173 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B. 2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC. 3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP, PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B. 4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC. 5. The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable); (b) Contract Security Manual (Latest Edition) 2. Criteria for assessment of the statement of capabilities (minimum essential requirements): Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements. The Supplier must have at lease one (1) year experience within the last five (5) years prior to ACAN closing date in the administration and interpretation of the following test and in writing comprehensive reports of findings which include assessment data, conclusions, and recommendations: 1. WAIS-R or WAIS-IV 2. Brown ADD Scales 3. Memory Assessment Scale (MAS) or WRAML or WMS 4. Category Test (neurological assessment test battery) 5. Trail Making Test 6. Wide Range Achievement Test IV (WRAT-IV) 7. Informal visual and audity memory tests Academic qualifications: The Supplier must possess a PH. D is psychology. The degree must have been obtained from a recognized Canadian university or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada. The list of recognized organizations can be found under the Canadian Information Centre for the International Credentials web site. Professions designation, accreditation and/or certification: The supplier must be a current and valid member in good standing with the College of Psychologists of BC. 3. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): Canada Chile Free Trade Agreement (CCFTA); Canadian Free Trade Agreement (CFTA); The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, WTO-AGP and/or the CETA. 4. Set-aside under the Procurement Strategy for Indigenous Business This procurement is not subject to any set-asides for Indigenous Suppliers. 5. Comprehensive Land Claims Agreement(s) This procurement is not subject to a Comprehensive Land Claims Agreement. 6. Justification for the Pre-Identified Supplier There is a limited number of suppliers available to provide assessment of learning difficulties services to offenders identified as having significant potentials for learning difficulties. The pre-identified supplier meets all of the minimum essential requirements described in this ACAN. 7. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: (d) only one person is capable of performing the contract. 8. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified: Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09: b. where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; Canadian Free Trade Agreement (CFTA), Article 513 (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: (iii) due to an absence of competition for technical reasons. 9. Ownership of Intellectual Property There are no intellectual property terms in the contract. 10. Period of the proposed contract or delivery date The proposed contract is for a period of four (4) years, from April 1, 2022 to March 31, 2026. 11. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $160,000.00 (GST/HST extra). 12. Name and address of the pre-identified supplier Name:Dr. Sarah Patrick Inc. DBA Valley Psychological Services Address 202, 46167 Yale Road, Chilliwack, BC V2P 2P2 13. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 14. Closing date and time for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is March 21, 2022 at 2:00 PM PDT. 15. Inquiries and submission of statements of capabilities Inquiries and statement of capabilities are to be directed to: Carmen Skolos – Learning Disability Assessments 33991 Gladys Avenue, Abbotsford, BC V2S 2E8 Telephone: 236-380-4072 Facsimile: 604-870-2444 E-mail: Carmen.Skolos@csc-scc.gc.ca

Contact information:


Contact name:

Skolos, Carmen

Contact email:

carmen.skolos@csc-scc.gc.ca

Contact phone:

236-380-4072

Contact address:

33991 Gladys Avenue Abbotsford BC V2S 2E8 CA

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added